REPAIR RUNWAY 32 PAVEMENT PHASE 3
ID: FA449725R0005Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4497 436 CONS LGCDOVER AFB, DE, 19902-5016, USA

NAICS

Highway, Street, and Bridge Construction (237310)

PSC

REPAIR OR ALTERATION OF AIRPORT RUNWAYS AND TAXIWAYS (Z2BD)
Timeline
    Description

    The Department of Defense, through the Department of the Air Force, is soliciting bids for the Repair Runway 32 Pavement Phase 3 project at Dover Air Force Base in Delaware. This procurement involves comprehensive airfield pavement work, including milling, repaving, crack sealing, and striping, with a contract value estimated between $500,000 and $1 million, and a performance period of 60 calendar days from the notice to proceed. The project emphasizes adherence to environmental management, safety protocols, and compliance with federal regulations, reflecting the importance of maintaining operational efficiency and infrastructure integrity at military installations. Interested contractors must submit their proposals by February 14, 2025, and can direct inquiries to TSgt Joshua Brooks at joshua.brooks.14@us.af.mil or Ms. Omelia Saunders at omelia.saunders.2@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The Statement of Work outlines the scope and requirements for repairing Runway 14/32 at Dover Air Force Base as part of project FJXT 220010, scheduled for FY24. Key tasks include rotor milling 150 LF x 2100 LF of pavement to a depth of 2 inches, repaving with FAA-approved binder, crack sealing shoulder areas, and restriping markings with retroreflective paint. Coordination with Airfield Management is essential to minimize operational disruptions during repairs. The project emphasizes compliance with relevant design standards from the Department of Defense and local transportation departments. Contractors are responsible for permits, licenses, and adherence to strict security measures. This entails conducting criminal background checks and obtaining necessary badges for entry into the base. Regular progress reporting and submittals are required throughout the project's duration, ensuring communication of critical issues that may impact safety, contract performance, or environmental factors. Overall, this project reflects the government's initiative to maintain and improve airfield infrastructure while prioritizing safety and operational efficiency.
    The specifications for airfield and heavy-duty pavements at Dover Air Force Base outline a comprehensive contract process, emphasizing environmental management, site management, and safety protocols. The project involves constructing, demolishing, and removing asphalt and concrete pavements, with strict adherence to work schedules and required permits, including a Work Clearance Request and coordination with utility services. Key considerations encompass erosion and sediment control, hazardous material management, and compliance with environmental regulations. The contractor is responsible for all site management aspects, ensuring cleanliness, proper waste disposal, and maintaining a safe working environment. Additionally, the project mandates the use of recycled materials where possible, aligning with the federal Affirmative Procurement program aimed at promoting environmentally preferable products. This contract framework reflects the government’s commitment to safety, compliance, and environmental sustainability while managing construction operations.
    The document outlines responses to post site-visit questions regarding the Repair Runway 14/32 Phase 3 project associated with federal government contracting. It clarifies submission procedures for bids, indicating that proposals must be emailed to the designated contact. Bidders are required to provide separate unit prices in a given format. The document details safety and operational requirements for contractors, including completion timelines, access routes, and responsibilities for installation of runway closure devices. Key elements include the need for temporary line markings post-paving, specifications for materials, and confirmation regarding the absence of required design. The responses address logistical issues such as equipment storage, slurry disposal, and the availability of water on-site. Furthermore, it highlights the possibility of extending the project timeline due to material availability, ensuring no major deterioration is anticipated in the base course. These insights facilitate contractors' understanding of requirements and expectations for the bid process while ensuring compliance with operational protocols. This analysis serves to streamline contractor engagement in government procurement processes.
    The Horsepond Road Gate project involves the installation of low-profile lighted barriers at the entrance of a military base, specifying designated haul routes and work areas for construction activities. This project falls under federal and local regulations, suggesting an emphasis on safety and accessibility for both personnel and vehicles entering the base. The outlined low-profile barriers aim to maintain security while ensuring efficient traffic flow and visibility at the gate. The strategic planning of haul routes indicates an intention to minimize disruption during the installation process. This initiative reflects a commitment to enhancing base infrastructure while adhering to necessary operational guidelines.
    The document is a Construction Cost Estimate related to the Repair Runway 14/32 Phase 3 project at Dover Air Force Base, initiated by the 436th Civil Engineering. It utilizes the Construction Specifications Institute (CSI) format, necessitating contractors to fill out specific divisions and provide cost details, while allowing room for additional items as required. The estimate runs through several divisions (from General Requirements to Electrical), emphasizing the need for thorough completion of each section marked "Fill Here" on the summary tab. A BID SCHEDULE is provided, dated March 7, 2024, along with guidelines on how to handle discrepancies with prefilled sheets, specifying that overhead and profit percentage adjustments are permissible based on contracts with subcontractors. The document addresses escalation rates and area cost factors that should be applied to ensure accurate future projections. This cost estimate serves as a critical component in federal RFPs and grant submissions, ensuring the project is compliant with budgeting standards while reflecting detailed labor and material costs necessary to carry out the runway repairs effectively.
    The document appears to be a federal government Request for Proposals (RFP) or grant notice related to environmental concerns and building renovations. The main focus is on hazardous material assessment and mitigation procedures necessary for compliance with safety standards and environmental regulations, particularly in historical structures. It emphasizes the importance of conducting comprehensive surveys for hazardous materials, such as asbestos and lead-based paint, prior to any construction or restoration work. The document also outlines the need for appropriate abatement and remediation strategies, along with adherence to health guidelines and safety protocols. This initiative indicates a commitment to ensuring public safety and environmental integrity during the renovation or alteration of buildings, reflecting a structured approach to managing hazardous conditions in accordance with federal standards.
    The document outlines the evaluation criteria for awarding contracts in a federal government solicitation, emphasizing a best value source selection approach. Offers will be assessed mainly on their technical proposals and past performance rather than solely on price. The evaluation process begins with ranking offers by price, followed by a detailed review of each offeror's project work plan concerning airfield work and performance history on prior Department of Defense or civil airfield contracts. Past performance reviews will utilize questionnaires to gather information from references, potentially including data from other sources. Offers with minimal relevant performance history will receive neutral ratings. If the lowest-priced offer has an exceptional performance rating, it may be awarded the contract immediately. However, the government retains discretion to award contracts to higher-priced offers with satisfactory ratings if they demonstrate superior value. The document also highlights that adequate information must be provided by offerors, and the government prefers to award contracts without further discussions but may engage in them if needed. The annex includes a performance survey template aimed at evaluating contractors based on specific performance metrics relevant to contract compliance and quality standards.
    The memorandum issued by the 436th Contracting Squadron at Dover Air Force Base (AFB) formally requests access for personnel to B501 at Dover AFB for a contractor site visit associated with contract FA449725R0005. The requestor, TSgt Joshua J. Brooks, is an active-duty military member, who provided his contact details and emphasized the importance of privacy regarding the submitted personal information, which is protected under the Privacy Act of 1974. The access is needed on January 8, 2025, from 7 AM to 5 PM. The document underscores standard protocol related to personnel access during contract-related activities, reflecting adherence to military regulations and confidentiality requirements within the Department of Defense (DoD). This request is a specific action within federal contracting processes, highlighting the careful coordination necessary for contractor engagement on military installations.
    The memorandum from the 436th Contracting Squadron at Dover Air Force Base outlines recommended training requirements for contractors related to Force Protection (FP) and Operations Security (OPSEC). It details the training levels needed depending on the duration of the contractor's access to Department of the Air Force installations. The document specifies requirements for both Anti-Terrorism (AT) Awareness Training and OPSEC Awareness Training. For instance, AT training includes various resources like an Awareness Guide and online training, which depend on the length of the contract, while OPSEC training mandates completion within 90 days for those with OPSEC requirements. The memorandum concludes with a recommendation for the closure of the Mission Assessment Report concerning these training requirements, emphasizing compliance and the importance of documented training for access to mission-critical information. This structured approach ensures contractors are adequately trained based on their contract duration, promoting security within Department of the Air Force operations.
    The Dover AFB OPSEC Awareness Guide for Contractors outlines essential operational security (OPSEC) protocols for contractors working with sensitive information. The guide emphasizes the reporting of suspicious behavior and the careful handling of Personal Identifiable Information (PII), including Social Security Numbers and home addresses, adhering to strict shredding and encryption policies. It instructs contractors to restrict access to mission capabilities, force readiness, and physical infrastructure details to authorized personnel only. Communication regarding sensitive matters must occur via secure channels, and the guide strictly prohibits the public disclosure of mission-related materials or discussions in open environments. Overall, the document serves to protect critical information relevant to defense operations, ensuring that contractors understand the importance of safeguarding sensitive data in compliance with government regulations. This is vital for maintaining national security and the integrity of Department of Defense operations.
    The pamphlet from the Dover Air Force Base Antiterrorism Office outlines the responsibilities and awareness needed from contractors regarding terrorism threats during their presence on the base. It emphasizes the importance of contractors as "Force Multipliers" in maintaining security vigilance and reporting suspicious activities. Key areas of focus include recognizing unusual behaviors, identifying potential terrorism indicators (such as surveillance and unauthorized persons), and understanding victimization scenarios. The document provides critical emergency contact information and instructs contractors on reporting suspicious activities to the Security Forces Squadron. Additionally, it outlines Force Protection Conditions (FPCONs), detailing security measures that will be implemented based on assessed threat levels. These conditions range from routine security (FPCON Normal) to more stringent measures (FPCON Alpha) due to heightened threats. By promoting proactive awareness and preparedness, the pamphlet aims to enhance overall security on the base and support the broader Global War on Terrorism initiative, highlighting the collaborative effort required from all personnel present on the premises.
    The Antiterrorism Guide for Contractors by the 436th Airlift Wing at Dover Air Force Base outlines essential requirements and protocols to ensure safety against terrorist threats for contractors and subcontractors operating on the installation. It emphasizes the need for adherence to Department of Defense antiterrorism standards, including personnel security and restricted access to facilities. Contractors must implement rigorous control measures for personnel and vehicles and ensure their employees receive Antiterrorism Awareness Level I training via designated online platforms. The guide stresses the importance of vigilance in reporting suspicious activities through various local and federal hotlines and provides detailed guidance on what constitutes suspicious behavior. Furthermore, it delineates the Force Protection Conditions (FPCONs) and their impact on contract services, with services being halted at elevated threat levels. This comprehensive document aims to foster a secure environment and minimize vulnerability to terrorist attacks during contract execution, reflecting the government's commitment to safety and security in operational settings.
    The document relates to the Repair Runway 14/32 Phase 3 project, addressing post-site visit questions regarding the bidding process. It outlines the requirements for bid submission, emphasizing that only specific pages of the solicitation, along with a completed Bid Schedule and Past Performance Survey, are necessary. The relevant tabs for the Bid Schedule include the Summary and Division 1, with Division 32 also applicable. It clarifies that the project's estimative quantities can be adjusted by bidders if deemed inaccurate. Further, the document provides information regarding safety requirements, specifically indicating the need for low-profile lighted barriers or lay-flat yellow Xs during construction. Importantly, it updates previously stated training requirements, confirming that all personnel with base access must complete a mandated AT & OPSEC awareness training lasting approximately one hour. This summary highlights key aspects of the bid process and safety protocols that potential contractors must follow for compliance within the framework of federal procurement guidelines.
    The document is a solicitation for bids related to the FY25 Runway 14/32 Asphalt Repair project at Dover Air Force Base. It sets forth the terms and requirements for contractors, detailing the scope of work which includes milling, repaving, crack sealing, and striping of the runway. The project is estimated to be between $500,000 and $1,000,000, with a performance period of 60 calendar days from the notice to proceed. A site visit is scheduled, and questions must be submitted to the contracting officer by a specified deadline. Proposals are to be submitted by January 22, 2025, with requirements for performance and payment bonds, and stipulations for sealed bids. The document emphasizes compliance with various federal acquisition regulations and the importance of engaging small businesses, including HUBZone firms, in the proposal process. It includes guidance on submitting invoices electronically via the Wide Area Workflow and specifies clauses related to payment terms, ensuring contractors are informed of their rights and obligations. This solicitation is a critical step in ensuring the timely and compliant execution of infrastructure repairs at military installations.
    This document is an amendment to a government solicitation that changes specific details regarding a site visit and proposal submission dates. The originally scheduled site visit on January 8, 2025, is postponed to January 23, 2025, at 2:00 PM, and contractors are required to submit an ACL request by January 15, 2025, for base access approval. Questions arising from the site visit must be emailed by January 29, 2025, at 1:00 PM EST. Additionally, proposals are now due by February 11, 2025, at 2:00 PM EST. The file includes contact information for the contracting administrators for further inquiries. Overall, the amendment ensures that all interested parties are informed of modifications to the solicitation timeline and procedures, maintaining compliance with procurement regulations. This amendment exemplifies standard practices in government RFP processes, aiming for transparency and communication with potential contractors.
    This document constitutes an amendment to a federal solicitation, extending the deadline for proposal submissions and incorporating significant updates. Key changes include the extension of the proposal due date from January 22, 2025, to February 14, 2025, at 2:00 PM EST. The amendment also includes responses to questions from a site visit, relevant airfield paving specifications, and instructions for acknowledgment of the amendment by offerors. The summary demonstrates the procedural requirements for offers, including acknowledgment methods and the effects of submitted amendments on existing proposals. The contacts for the solicitation are provided for further assistance, indicating a structured communication channel for interested parties. Lastly, the document reaffirms that all other terms and conditions from the original solicitation remain unchanged. This amendment serves to facilitate participation in the RFP process by providing necessary clarifications and an extended timeline for proposal submission.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Repair Airfield Parking Ramp PH III
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the "Repair Airfield Parking Ramp Phase III" project at Joint Base Charleston, South Carolina. This competitive procurement is set aside for Historically Underutilized Business (HUBZone) firms and requires contractors to provide labor, materials, and equipment for repairs, with an estimated project budget between $1 million and $5 million. The project is crucial for maintaining airfield operational readiness and safety, with a performance period of 140 calendar days starting from the notice to proceed, expected to be issued on August 4, 2025. Interested contractors must submit proposals by April 3, 2025, and can direct inquiries to Brian T. Hawk at brian.hawk@us.af.mil or Robert R. Melton at robert.melton.6@us.af.mil for further clarification.
    FY25 Paint and Rubber Removal
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the FY25 Paint and Rubber Removal project at McConnell Air Force Base in Kansas. This procurement involves the comprehensive removal of rubber deposits and repainting of airfield markings, with specific tasks outlined in a detailed bid schedule that includes various options for additional work across multiple airfield locations. The project is critical for maintaining airfield safety and operational effectiveness, ensuring compliance with federal standards and regulations. Interested contractors must submit their sealed bids by March 24, 2025, and are encouraged to participate in a site visit scheduled for March 6, 2025. For further inquiries, potential bidders can contact SRA Junious Buchanan at junious.buchanan@us.af.mil or Jada Davis at jada.davis.3@us.af.mil.
    N69450-25-R-0014 - RUNWAY 15-33 REPAIRS LOCATED AT BARKSDALE AIR FORCE BASE (AFB), BOSSIER CITY. LOUISIANA
    Buyer not available
    The Department of Defense, through the Department of the Navy's NAVFACSYSCOM Southeast, is soliciting proposals for runway repairs at Barksdale Air Force Base in Bossier City, Louisiana, under the contract number N69450-25-R-0014. The project involves the repair or alteration of airport runways and taxiways, categorized under the NAICS code 237310, which focuses on highway, street, and bridge construction. This procurement is critical for maintaining operational readiness and safety at the airbase, ensuring that the runway meets the necessary standards for military aircraft operations. Interested contractors can reach out to Cynthia McMonigle at cynthia.a.mcmonigle.civ@us.navy.mil or Bruce Cooper at bruce.l.cooper2.civ@us.navy.mil for further details, with the solicitation details available for review.
    USACE SPK Design-Bid-Build (DBB) Construction - F-35 East Campus Infrastructure - Hill AFB, UT
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the Design-Bid-Build (DBB) construction of the F-35 East Campus Infrastructure at Hill Air Force Base, Utah. This project involves significant infrastructure upgrades, including airfield paving, utility systems, and facility construction, with an estimated contract value between $100 million and $250 million. The procurement process includes a pre-proposal conference on March 5, 2025, and proposals are due by March 21, 2025, with an anticipated award date around June 2, 2025, and a construction period of 799 days. Interested contractors must register in the System for Award Management (SAM) and the Procurement Integrated Enterprise Environment (PIEE), and can contact Michelle Spence at michelle.a.spence@usace.army.mil or Natalia Gomez at natalia.gomez@usace.army.mil for further information.
    Repair MX Dock B578 and IMC Pavements Area F
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting bids for the repair of Maintenance Dock B578 and the IMC Pavements Area F at Joint Base Charleston, South Carolina. This project, set aside for Historically Underutilized Business (HUBZone) firms, requires contractors to provide labor, materials, and supervision, with an estimated project cost ranging from $5 million to $10 million. The work is crucial for enhancing military infrastructure and ensuring compliance with federal safety and environmental standards. Interested contractors must submit their proposals by March 18, 2025, and can direct inquiries to Byron Faison at byron.faison@us.af.mil or Robert R. Melton at robert.melton.6@us.af.mil.
    Design/Bid/Build-Taxiway-Westover Air Reserve Base,MA
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking small business contractors for a Design/Bid/Build project to construct a new taxiway at Westover Air Reserve Base in Massachusetts. The project involves the construction of a 3,816-foot-long by 75-foot-wide Portland cement concrete taxiway extension, including necessary earthwork, grading, drainage, utility relocations, and airfield lighting, to support C-5M aircraft and global airlift missions. This opportunity is crucial for enhancing airfield operations and ensuring maintenance capabilities for military aircraft. Interested small businesses, including those certified as HUBZone, 8A, Woman-Owned, or Service-Disabled Veteran Owned, must respond by March 21, 2025, with a submission that includes company verification, project experience, and bonding documentation, to Kellsie Peacher at kellsie.a.peacher@usace.army.mil. The estimated contract value ranges from $25 million to $100 million, with a project duration of approximately 625 calendar days.
    Fire Station Floors
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for flooring installation at Buckley Air Force Base, with a total contract value of $19 million. The project involves the procurement and installation of quartz flooring for the Fire Station and Main Apparatus Bay, covering approximately 6,570 square feet, and requires completion within 120 calendar days from the award date. This flooring is crucial for maintaining safety and functionality in high-traffic emergency service areas, ensuring durability and slip resistance. Interested contractors, particularly those qualifying as small businesses under the SBA guidelines, should contact Anthony Graffeo at anthony.graffeo.1@us.af.mil or 720-847-6524 for further details, with proposals due by March 21, 2025.
    QYZH 210027 Repair CJ Strike Marina
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the repair of the CJ Strike Marina Wharf, located at Mountain Home Air Force Base. This project involves construction services that adhere to a defined scope of work, specifications, and drawings, with an estimated contract value between $500,000 and $1,000,000. The repair of the marina is crucial for maintaining operational readiness and supporting various military activities. Interested contractors should note that the bid due date has been extended to March 24, 2025, at 12:00 PM MDT, and must acknowledge all amendments in their submissions. For further inquiries, contact Jeremy Hemington at jeremy.hemington.1@us.af.mil or call 208-828-6398.
    Bldg 1788 Storm Drain Repair
    Buyer not available
    The Department of Defense, through the 366th Contracting Squadron at Mountain Home Air Force Base (MHAFB) in Idaho, is seeking qualified contractors for a design-build project focused on the repair and redesign of the storm drain system at Building 1788. The project aims to address flooding issues by installing gutters, demolishing existing concrete, replacing storm drains, and sealing masonry joints, with a total estimated cost between $250,000 and $500,000. This initiative underscores the importance of maintaining infrastructure integrity and environmental compliance while promoting small business participation, particularly among Small Disadvantaged Businesses, Women-Owned Small Businesses, and Service-Disabled Veteran-Owned Small Businesses. Interested firms must respond by March 25, 2025, and are encouraged to contact Caleb Ferch at caleb.ferch.1@us.af.mil or Ryan Rubenstein at ryan.rubenstein.1.@us.af.mil for further details, with the solicitation anticipated to be issued on April 3, 2025.
    Wiesbaden Army Airfield Crack Sealing Repairs
    Buyer not available
    The Department of Defense is soliciting proposals for crack sealing repairs at the Wiesbaden Army Airfield (WAAF) in Erbenheim, Germany. The project encompasses essential maintenance tasks, including crack sealing, pothole repairs, cleaning, and repainting of runways, taxiways, and aprons, all aimed at ensuring aviation safety and compliance with United States and local regulations. This opportunity is critical for maintaining the functionality and safety of the airfield, with a contract performance timeline expected to commence within 30 days following the notice to proceed. Interested contractors should contact Iordanis (Dan) Organtzis at iordanis.organtzis.ln@army.mil or Aaron Ritter at aaron.m.ritter.civ@army.mil for further details, and proposals must adhere to the outlined requirements and deadlines specified in the solicitation documents.